general particulars about the tender in...
TRANSCRIPT
D:\E1A3\TN-1099\Spec.TN-1099.doc 1
GENERAL PARTICULARS ABOUT THE TENDER IN BRIEF
SPECIFICATION NO. AVVNL/SE(MM)/E2A3/TN-1099 FOR SUPPLY OF 33 KV PIN
INSULATORS & 11 KV PIN INSULATORS AGAINST TENDER NOTICE NO. TN-1099
Availability of tender documents on Web site : 10.01.2017 site on wards
Last date & time for down loading of tender
documents
: 08.02.2017
LAST DATE & TIME FOR ONLINE
(E-TENDERING) TENDER/OFFER
: 08.02.2017 (Up to 2.00 PM)
DATE & TIME OF ONLINE OPENING OF
TENDER
: 09.02.2017AT 02.30 PM
RISL PROCESSING FEE (NON
REFUNDABLE)
: Rs. 1000/-
COST OF SPECIFICATION (NON
REFUNDABLE)
: Rs 2500/-
VALIDITY : 120 days from the next date of
opening of Techno-Commercial Bid
EARNEST MONEY : Rs. 2,00,000.00 (Rs. Two Lacs
only) or Exemption Certificate or
Vender Registration of Class “B”
category or above
TENDERING QUANTITY
(a) 33 KV Pin Insulators
(b) 11 KV Pin Insulators
:
24,000 Nos.
12,50,000 Nos.
CONTACT PERSON (AUTHORISED BID
SIGNATORY)
1 Superintending Engineer (MM)
AVVNL, Ajmer
CORRESPONDENCE ADDRESS: Panchsheel, Ajmer-305004
MOBILE NO. 9414004258
TELEPHONE & FAX Nos.: 0145-2644529/ 0145-2644542
WEBSITE & E-MAIL: 1. Web: www. avvnl.com
Email:
2. Web: http://risl.rajasthan.gov.in,
Email:
Address of RISL:- RajCOMP Info Services Limited (RISL)
1st Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur (Rajasthan)
Phone: 0141- 5103902, 4031900 Fax: 0141-2228701
Web: http://risl.rajasthan.gov.in, Email: [email protected]
Ajmer Vidyut Vitran Nigam Limited (Material Management Wing)
Corporate Identification Number (CIN)-U40109RJ2000SGC016482
Regd. Off. Vidyut Bhawan, Panchsheel Nagar, Makarwali Road, Ajmer-305004 (Tel. 0145-2644529, Fax 0145-2644542, e-mail:- [email protected], Website:-www.avvnl.com)
D:\E1A3\TN-1099\Spec.TN-1099.doc 2
INDEX
(For e-tendering)
Section-I Instructions to bidders
Section-II General Conditions of Contract
Section-III Technical Specification
Schedule-I Schedule of Requirement
Schedule-II P.V. Formula
Schedule-III Details of Standards
Schedule-III-A Pre Qualification Requirement(PQR)
Schedule-III-B Performa of Bank Guarantee in lieu of type
test certificates
Schedule-IV Price Schedule
To be filled in attached
MSXL file (BOQ) hosted
with
Schedule-IV-A Details of bided quantity, quantity offered
along with justification with reference to
Qualifying Requirement.
The bidder is required to
justify quantity offered as
per Qualifying Requirement.
Schedule V 'A' & 'B' Guaranteed Technical Particulars
Schedule VA Departure from Guaranteed Technical
Particulars
Schedule VI A Departure from the requirement of
Technical Specification.
Schedule VI B Departure from commercial terms &
conditions of specification
Schedule VII List of Past supplies.
Schedule VII A C.A. Certificate for Quantity Justification
Schedule VIII Delivery schedule.
Schedule IX List of equipment & technical hands
available with the biding firm.
Schedule X General Particulars about the bid in brief.
Note:- The bidder, in their own interest, are requested to read very carefully Section-I (Instruction to
bidders), Section-II (General Condition of Contract) & Section-III (Technical Specification)
before filling the bid. The Bid documents be downloaded from AVVNL website www.avvnl.com
.No hard copy of the bidding documents will be provided to the bidders through this office. In
case of any discrepancy found in bidding documents downloaded from the website and appended
with the bid (as a bid document) and original copy of such document available in the office of the
Superintending Engineer (MM), Ajmer Discom, Ajmer then the copy available with the
Superintending Engineer (MM), Ajmer Discom, Ajmer will be considered as final document for
all purpose. The cost of Bid document as published in NIT shall be furnished along with
downloaded bid document in the manner prescribed in bid document.
D:\E1A3\TN-1099\Spec.TN-1099.doc 3
SECTION - III
TECHNICAL SPECIFICATION AND OTHER REQUIREMENT FOR 33 KV PIN
INSULATORS & 11 KV PIN INSULATORS AGAINST TN-1099
--------------------------------------------------------------------------------------------------------------------
3.0 SCOPE :
This specification covers the design, manufacture, testing, supply and delivery of 33 KV Pin
Insulators & 11 KV Pin Insulators for use of 33 KV over head power lines & 11 KV overhead power
respectively lines in Rajasthan.
3.01 The 33 KV Pin Insulator shall be brown glazed porcelain and shall have minimum failing load of
10 KN & 11 KV Pin Insulators shall be brown glazed porcelain and shall have minimum failing
load of 5 KN.
3.02 The 33 KV Pin insulators & 11 KV Pin Insulators shall comply in all respects with the IS: 731/1971
(With latest amendments).
3.03 The Insulator marked with ISI certification mark will be given preference.
3.04 GENERAL REQUIREMENT :
a) The porcelain should be sound, free from defects thoroughly vitrified and smoothly glazed.
b) The glaze of the insulators shall be brown in colour. The glaze shall cover all the porcelain parts of
the insulators except those which serve as supports during fixing or are used for the purpose of
assembly.
c) The design of the insulator shall be such that the stresses due to expansion and contraction in any part
of the insulator shall not lead to deterioration. The porcelain shall not engage directly with hard
metal.
d) Cement used in the construction of the insulator shall not cause fracture by expansion or loosening
by contraction and proper care shall be taken to locate the individual parts correctly during
cementing. The cement shall not give rise to chemical reaction with metal fitting and its thickness
shall be uniform as possible.
3.05 THIMBLES :
The insulators shall suitably be provided with cemented in zinc or lead thimbles.
3.06 FAILING LOAD :
The 33 KV Pin Insulators shall have a minimum failing load of 10 KN & 11 KV Pin Insulators
shall have a minimum failing load of 5 KN.
3.07 CREEPAGE DISTANCE :
The 33 KV pin insulators must have a minimum creepage distance of 580 mm & 11 KV Pin
Insulators must have a minimum creepage distance of 230 mm .
3.08 TEST VOLTAGE :
The test voltage for 33 KV Pin Insulators 11 KV Pin Insulators shall be as under :
33 KV 11 KV --------- -----------
a) Highest system voltage. (KV rms) 36 12
b) Wet power frequency withstand 75 35
test. (KV rms)
c) Power frequency puncture 180 105
withstand test. (KV rms)
d) Impulse voltage withstand 170 75
test (KV peak).
D:\E1A3\TN-1099\Spec.TN-1099.doc 4
3.09 THREADS :
The 33 KV Pin Insulators & 11 KV Pin Insulators with cemented in thimbles shall have the
threads suitable for use with large & small steel head galvanized M.S. Forged Pins covered under
ISS:2486 (with its latest amendments if any).
3.10 MARKING :
Each insulators shall be legibly and indelibly marked to show the following :
a) Name or trade mark of the manufacturer.
b) Month and year of manufacture.
c) Minimum failing load in KNewton.
d) ISI certification mark, if any.
Marking on porcelain shall be originated and shall be applied before firing.
3.11 DRAWING: [[ The bidder shall submit detailed drawing with bid showing design and dimensions, in absence of
which, the offer is likely to be ignored. The type of material used for various parts shall be clearly
specified on the drawing.
3.12 TESTS :
3.12.1 TESTS BEFORE DISPATCH :
The material shall be subjected at manufacturer's works before dispatch to the routine &
acceptance tests given here-under as per IS:731/1971 (latest amended).
3.12.2 ROUTINE TESTS :
These tests are to be carried out to check various requirements of Pin insulators which are likely to
vary during production. The following tests shall be conducted / carried out on each insulator by the
bidder at his works as per relevant IS:731/1971 (Latest amended) and he should furnish certificate /
record thereof during pre-dispatch inspection:-
i) Visual Examination ( clause 10.13)
ii) Electrical Routine Test (clause 10.15)
3.12.3 ACCEPTANCE TESTS :
These tests shall be carried out on the samples taken from the lot for the purpose of the
acceptance of lot which are to be conducted as per relevant IS:731/1971 (latest amended) :
i) Verification of dimensions (Clause 10.5)
ii) Temperature Cycle test (Clause 10.6)
iii) Mechanical Failing Load test (Clause 10.8)
iv) Puncture test (Clause 10.10)
v) Porosity Test (Clause 10.11)
3.12.4 Additional acceptance test- Insulation resistance test
In addition to acceptance test as per Clause No.3.12.3, insulation resistance test shall also be
conducted on the samples. For carrying out test, the sampling procedure given in appendix C of
IS:731/1971 (2nd revision) shall be followed.
The procedure for carrying out this test shall be as under:
(a) Clean insulator and dry properly, then meggar the insulator with 2.5 KV/ 5 KV meggar.
(b) IR value so measured should not be less than 1000 (One Thousand) mega ohms.
The testing and criteria for conformity shall be as applicable to puncture test.
3.13 TYPE TESTS:- The type tests to be conducted on each type of insulator as per relevant
IS:731/1971 (latest amended). The following tests shall constitute the type tests:
a) Visual examination.(Cl.10.13)
b) Verification of dimensions.(Cl.10.5)
c) Visible discharge test.(Cl.10.2)
d) Impulse voltage withstand test.(Cl.10.3)
e) Wet power frequency voltage withstand test.(Cl.10.4)
f) Temperature cycle test.(Cl.10.6)
g) Mechanical failing load test.(Cl.10.8)
D:\E1A3\TN-1099\Spec.TN-1099.doc 5
h) Puncture test.(Cl.10.10)
i) Porosity test.(Cl.10.11)
The above tests should be carried out on the samples in the order mentioned in relevant
IS:731/1971 (latest amended).
3.14 TYPE TEST ON SAMPLES SELECTED FROM MATERIAL RECEIVED IN STORES
FROM 1st OFFERED LOT :
3.14.1 The first lot offered shall not be less than 10 % of the ordered qty or 5000 Nos each type of
insulator whichever is less.
3.14.2 If the bidder has already got conducted the requisite type test from the first lot of material
received in Nigam’s store against any previous / earlier tender of AVVNL and such Type Test
reports are valid i.e. not older than 5 years on the date of opening of Techno-Commercial Bids,
then the requirement of conducting Mandatory Type Test on the sample selected from 1st Lot
of supply received in Nigam’s store is RELAXED. For this purpose date of conducting type
test will be considered.
ALTERNATIVELY
In case the bidder do not meet above requirement than two sample of 33 KV Pin Insulator /11 KV Pin
Insulator from the 1st lot of received in purchaser’s store shall be selected and sealed in the presence of
representative of supplier for getting it Type Tested at Govt. / Govt. approved / Govt. recognized /
NABL accredited Laboratory / ILAC Accredited.
However, suppliers own lab shall not be considered for the purpose of type test reports. The selected and
sealed sample for type test shall be identified by providing Polycarbonate seals. The transportation
charges of sample from store to test house shall be borne by NIGAM, Whereas the charges incurred
towards type test of the material at test house shall be borne by the supplier. The testing charges should
be remitted through D.D. in favour of Test House. The name of the test house shall be intimated
separately.
The bidder shall have to deposit type test charge(s) immediately with the supply of 1st lot . If the
type test charge(s) are not deposited then acceptance of 2nd offered lot shall be at the discretion of
purchaser.
3.14.3 In case sample(s) from first lot fails in type tests then:
a) Supplier shall have to replace the full quantity of the respective inspected lot supplied to
various stores which is lying unused.
b) For the quantity already utilized against the order in field a deduction of 30% (thirty percent)
of F.O.R. Destination Price of the material supplied shall be made
c) Sample(s) from next lot shall be selected again for type test. All test charges incurred towards type
test of the material for second time shall be borne by the Supplier for which the testing charges
should be remitted through D.D. in favour of the Test House by the supplier with the 2nd inspection
offer.
3.14.4 In case sample again fails in the type test then:
a) The quantity supplied/received in stores and lying unused in stores shall stand rejected and shall be
lifted back by the supplier.
b) For the quantity already utilized against the order in field a deduction of 30% (thirty percent)
of F.O.R. Destination Price of the material supplied shall be made
c) Further supplies shall not be accepted and order shall stand cancelled .
3.15 SAMPLING :
The sampling procedure as laid down in IS:731/1971 with latest amended shall be followed for
carrying out specified acceptance tests.
3.16 TOLERANCE ON DIMENSIONS / TEST RESULTS : As per IS:731/1971 (latest amended).
3.17 TESTS AT SITE :
The purchaser reserves the right to conduct all tests on each type of insulator after arrival at site
and bidder shall guarantee test certificates figures under actual service conditions.
3.18 TESTING FACILITIES:
The bidder should possess adequate testing facilities for carrying out routine & acceptance test of
item as per relevant standard at their works. The bidder shall furnish documentary evidence in support of
D:\E1A3\TN-1099\Spec.TN-1099.doc 6
conducting routine & acceptance test. The bidder should indicate whether they have conveyor belt
system at their works for conducting continuous and 100% Routine test on 33 KV Pin Insulators and 11
KV Pin Insulators. In case bidder is not having such infrastructure of Conveyor Belt System, they should
indicate their per day capacity for conducting 100% routine test. The per day capacity of testing facilities
at the works of the bidder shall be verified by the representative of the purchaser.
3.19 INSPECTION :
3.19.1 All the routine /acceptance tests as mentioned above for pre-dispatch inspection shall be
conducted at the place of manufacturer unless otherwise especially agreed upon by the bidder and
purchaser at the time of purchase. The bidder shall afford the inspection officer(s) representing the
purchaser all reasonable facilities without charges, to satisfy him that the material is being furnished in
accordance with this specification. The purchaser has the right to have the tests carried out at his
own cost by an independent agency whenever there is a dispute regarding the quality of supply.
3.19.2 The inspection may also be carried out by the purchaser at any stage of manufacture / before
dispatch as per relevant standard.
3.19.3 Inspection and acceptance of any material under the specification by the purchaser, shall not
relieve the bidder of his obligation of furnishing material in accordance with the specification and
shall not prevent subsequent rejection if the material is found to be defective. The bidder shall keep the
purchaser informed in advance, about manufacturing programme so that arrangements can be made for
inspection.
3.19.4 The purchaser reserves the right to insist for witnessing the acceptance / routine testings of
the bought out items.
3.19.5 The bidder shall give 15 days advance intimation to enable the purchaser to depute his
representative for witnessing the acceptance and routine tests. The inspection charges would be to the
purchaser's account.
3.20 PACKING :
All insulators shall be packed in suitable crates or boxes so as to withstand rough handling of
packing. The packing details shall be given in schedule-V 'A' & 'B' (GTP).
3.21 GUARANTEED TECHNICAL AND OTHER PARTICULARS :
The full guaranteed technical and other particulars shall be given in the proforma given in
Schedule-V 'A' & 'B'. Any deviation from the specifications referred to above shall be supported by
adequate justification.
3.22 PRICES & PRICE VARIATION :
a) The prices shall be quoted in Rs. per unit on F.O.R. destination basis in the manner detailed in
schedule of Prices(Schedule-IV) indicating details of ex-works price, Excise Duty, Sales tax / VAT,
freight & Insurance charges and Entry Tax, etc. for delivery at our stores.
b) The quoted price shall be variable as per Price Variation formula given in this specification at
Schedule-II without any ceiling. The base date of price variation shall be 01.01.2017 and shall be
governed as per Clause No.1.10. of Instructions to bidders. The offers in which prices have not been
quoted in prescribed manner are liable to rejection.
c) If the price variation formula is changed, the same shall be applicable for the price variation. During
the transit period when both old and new indices are being circulated, then the admissible Price
Variation shall be applicable, which is advantageous to Nigam, and the period from which the old
indices are discontinued then the P.V. shall be admissible with the new indices.
3.23 DELAY IN DELIVERY :- The “Delay in Delivery” shall be governed as per clause 1.24 of General
Condition of Contract.
3.24 DELIVERY SCHEDULE The delivery of quoted quantity should be completed in Ten Months period including
commencement period of maximum 30 days at equal monthly rate. In case ordered quantity is
different than quantity monthly delivery shall be adjusted proportionately. Bids in which monthly
delivery schedule is not indicated shall be ignored.
The bidders are required to indicate the delivery schedule in the schedule attached with the
Specification.
D:\E1A3\TN-1099\Spec.TN-1099.doc 7
3.25 TEST CHECKING OF MATERIAL AT STORES
The material received in the stores of the NIGAM shall be subjected to the test checking at
stores before final acceptance of the material, the procedure for the same shall be as under :
3.25.1 SAMPLING
One sample out of each sub-lot / lot consisting of following quantities or part thereof from each
inspected lot received in stores shall be selected from each store for test checking of material and shall
be got tested.
One extra sample of 33 KV Pin Insulator for conducting Puncture Test & One extra sample of 11
KV Pin Insulator for conducting Puncture Test.
At present since the facility for Puncture test is not available at Ajmer Discom as such till such
time this facility is made available, Puncture Test on the samples selected from the supply received at
stores of Ajmer Discom shall be carried out at CTL, Jaipur. All other test(s) (on the first sample) shall be
carried out at the respective CTL’s of Discoms as per the practice in vogue.
33 KV Pin Insulators---------------1000 Nos.
11 KV Pin Insulators---------------3000 Nos
The sample selection shall be done as soon as the material is received in stores, without calling the
representative of supplier. However, testing at CTL or else where as arranged by NIGAM shall be done
in the presence of representative of supplier after identification/ confirmation by the supplier’s
representative that sample(s) so selected belong to them.
3.25.2 TESTS The following tests shall be carried out on the above items :
a) Visual examination, verification of dimensions, creepage distance etc,
b) Mechanical failing Load Test
c) Porosity test
d) Puncture Test In case if the facility for conducting any of the above test(s) is not available at the NIGAM’s
CTL, the purchaser reserve the right to get such test (s) conducted at any independent NABL Test House.
i) For witnessing of the testing, clear 7 days notice shall be given to the supplier stating date, time &
place where the test is to be conducted. The testing shall be started after identification / confirmation of
sample by the representative of the supplier that sample selected for testing pertain from the lot supplied
by them. In case the supplier does not attend for witnessing the testing, the testing shall be
proceeded and completed and action be taken as per the contract.
ii) The CTL shall send copies of test reports to the purchaser, consignees and the supplier & Sr.
AO (CPC).
iii) Only those tests shall be conducted at CTL for which facility with CTL is available.
3.25.3 CRITERIA FOR ACCEPTANCE
In case of failure of any of sample (s) in any of the above tests, the material contained in the lot
/ sub-lot received in store to which the samples belong, shall be rejected. The rejected material shall
have to be replaced by the supplier free of cost.
3.25.4 TEST CHARGES:
All test charges incurred towards test checking of the material received in our stores shall be
borne by the NIGAM.
3.25.5 PAYMENT:
The Payment shall be governed in accordance with the Clause No. 1.42 of GCC with the
following modifications :-
A) If bidder have submitted valid type test reports with bid:
The 100% payment shall be released after receipt of successful test reports from CTL for the
mandatory test checking on the samples selected from the material received at stores against first lot and
subsequent lot(s) in anticipation of successful type test reports.
B) If bidder have not submitted valid type test reports with bid:
i) The 70% payment shall be released after receipt of successful test reports from CTL for the
mandatory test checking on the samples selected from the material received at stores against first
lot and subsequent lot(s) in anticipation of successful type test reports.
D:\E1A3\TN-1099\Spec.TN-1099.doc 8
ii) The balance 30% payment shall be released after receipt of successful type test reports on the
samples selected from the material received in the stores.
C) The due dates for payment shall be considered from the date of submission of the bills along with
receipted challans to the Sr. Accounts Officer (CPC) of Ajmer Discom.
3.26 PLANT, MACHINERY & TESTING EQUIPMENTS;
3.26.1 The bidder should have required plant, machinery and testing equipment for manufacturing
& testing of 33 KV Pin insulators & 11 KV Pin Insulators.
3.26.2 The bidder should have conveyor belt system at their works for conducting continuous and
hundred percent routine test on 33 KV Pin Insulators & 11 KV Pin Insulators. The bids of bidder
not having such arrangement (infrastructure) may be ignored.
3.26.3 The bidders should furnish details of plant, machinery and testing equipment with the bids failing
which bids may be ignored.
3.27 QUANTITY TOLERANCE:
Quantity tolerance of plus minus 2% of ordered quantity shall be allowed for completion of
supply.
3.28 CHALLENGE TESTING :
The other manufacturer can also request challenge testing for any test based on specification.
The challenger would request for testing with testing fee. The challenge test fees are proposed at least
three times the cost of testing. This is likely to deter unnecessary challenges. The challenger would have
the opportunity to select the sample from the store of Nigam and any such challenge should be made
within the guaranty period. The party challenged, challenger and the utility could witness the challenged
testing. The challenged testing would cover all the type tests as per relevant IS.
The challenge test could be conducted at NABL accredited laboratory, like ERDA/ CPRI . If the
values are within limit, the product gets confirmed, else not confirmed. If the product is not confirmed the
manufacturer would pay the challenge fee and challenger would get the fee refunded. However, as a
redressal system the challenger would be allowed to ask for fresh selection of two more samples from the
store of Nigam and same be tested in a NABL laboratory ( which shall be other than previously selected
NABL accredited lab) at the cost of supplier, in presence of party challenged, challenger and the utility. If
any one or both sample does not confirm the tests, then the product is said to have failed the tests. In such
cases the manufacturer will be declared as unsuccessful manufacturer for the said product and balance
supply shall not be availed and the order shall be cancelled with levy of maximum penalty.
D:\E1A3\TN-1099\Spec.TN-1099.doc 9
SCHEDULE-I
SCHEDULE OF REQUIREMENT
The quantity to be purchase is as under:
---------------------------------------------------------------------------------------------------------------------
S. No. PARTICULARS OF ITEM QUANTITY(NOS)
---------------------------------------------------------------------------------------------------------------------
1. 33 KV Brown glazed porcelain Pin 24,000 Nos.
Insulator having minimum failing load
of 10 KN and suitable for use with large
steel head galvanized M.S. Forged Pins.
The insulators shall conform to ISS:731/1971
(With latest amendments).
2. 11 KV Brown glazed porcelain Pin 12,50,000 Nos.
Insulator having minimum failing load
of 5 KN and suitable for use with large
steel head galvanized M.S. Forged Pins.
The insulators shall conform to ISS:731/1971
(With latest amendments).
---------------------------------------------------------------------------------------------------------------------
The quantity indicated above is provisional and the purchaser reserves the right of
revising the same at the time of placing the order.
D:\E1A3\TN-1099\Spec.TN-1099.doc 10
SCHEDULE-II
-------------------------
IEEMA/PVC/INSL/2003 Effective from : Ist April,03
PRICE VARIATION CLAUSE FOR INSULATORS
------------------------------------------------------------------
The price quoted/confirmed is based on the cost of raw materials /components and labour cost
as on the date of quotation and the same is deemed to be related to prices of raw materials, index number
for insulators and all India average consumer price index number for industrial workers as specified
below. In case of any variation in these prices and Index numbers, the prices shall be subject to
adjustment, up or down, in accordance with the following formula.
Po Zn IN-INSLR W
P = ----- (15+5 ----- + 53 ---------- + 27 ---- )
100 Zno Ino_INSLR Wo
Wherein
P = Price payable as adjusted in accordance with the above formula.
Po = Price quoted/confirmed.
Zno = Price of electrolytic high grade zinc(refer notes).
Ino-INSLR = Index number for insulators based on relative prices and weightage (as given in brackets)
of wholesale price index for fuel, power, light & lubricants (28), whole sale price index for basic
metals, alloys & metal products (15), wholesale price index for wood & wood products(6) and Ball clay
(4), calculated considering their values as on 1st January, 2003 as base equal to 100 (Refer Notes).
Wo = All India average consumer price index number for industrial workers (Base 2001=100) as
published by the Labour Bureau, Ministry of Labour, Government of India.
NOTE:- The above and indices are as published by IEEMA vide circular reference No.
IEEMA/(PVC) INSLR --/-- of the month of Jan-2017.
Zn = Price for electrolytic high grade zinc (refer notes) . This price is as applicable on the first
working day of the month , two months prior to the date of delivery.
IN - INSLR = Index number for insulators based on relative prices and weightages (as given in brackets)
of whole-sale price index for fuel power, light and lubricants (28) wholesale price index for basic metals,
alloys & metal products (15), wholesale price index for ball clay (4), wholesale price index for wood and
wood products (6), calculated considering their values as on Ist January 2003 as base equal to 100
(Refer Notes). This index number is as applicable on the first working day of the month, two months
prior to the date of delivery.
W = All India average consumer price index number for industrial workers (base 2001 = 100), as
published by Labour Bureau, Ministry of Labour, Govt. of India. This index number is as applicable on
the first working day of the month, Four months prior to the date of delivery.
BASE DATE:- 01.01.2017
The "date of delivery"( i.e. date of readiness of material) is to be considered as per Clause No.
1.10 of Section-I ( Instructions to bidders)
NOTES :
a) All prices of raw material considered for arriving at the index number for insulators are exclusive of
Modvatable excise duty and exclusive of any other central, state or local taxes, octroi etc.
b) All prices as on 1st working day of calendar month.
c) The details of the prices considered are as under :
D:\E1A3\TN-1099\Spec.TN-1099.doc 11
1) The prices of electrolytic high grade Zn (in Rs./MT) is ex-works price as quoted by primary
producer of Zn.
2) The prices of ball clay (in Rs./Kg) is the average price of "N-1" type ball clay as quoted by the
two manufacturer.
3) The wholesale price index for fuel, power, light & lubricants, basic metals, alloys and metal
products and wood and wood products are as published by the office of the Economic Advisor,
Ministry of Industry, Govt. of India, New Delhi with base 1993-94=100. These wholesale price
indices are being published weekly on provisional basis. However, the same get finalized after eight
weeks and are normally available after two months. Therefore, we are considering in our
calculations these final indices published by Economical Advisor for the Saturday of the Month, two
month prior to the date of which the price of ball clay and Zn is considered. For example for
calculating index number for insulators on Ist working day of month of Oct., the basic price of Zn and
ball clay are to be considered as on Ist working day of Oct., and the wholesale price indices for fuel,
power, light and lubricant, basic metal, alloy and metal products and wood and wood products are to be
considered as published by economic adviser for the first week ending Saturday of the month of August.
D:\E1A3\TN-1099\Spec.TN-1099.doc 12
Schedule – III
AJMER VIDYUT VITRAN NIGAM LIMITED
A Govt. of Rajasthan Undertaking
Prescribed technical specification for supply of
(Name of Material/Equipment/Machinery/T&P etc.)
S.No. Technical specification Name of IS/other Other particulars
to which material/equipment/ standard specification if any.
Machinery/T&P shall confirm to which material should
confirm
1. 33KV Pin Insulators / IS 731/1971
11 KV Pin Insulators with latest amendments
2. 33KV Pin Insulators/
11 KV Pin Insulators IS 2486 suitable for use
(for threads) with latest amendments with large & small
steel head galvanized
M.S. Forged Pins
Certified that we agree to all the aforesaid technical specification except at S.No……. for which
our technical specification shall be as under:-
S.No. Technical specification Name of IS/other Other particulars
to which material/equipment/ standard specification if any.
Machinery/T&P shall confirm to which material should
confirm
(Signature) Name & Designation
with seal of the bidder.
D:\E1A3\TN-1099\Spec.TN-1099.doc 13
SCHEDULE-III (A)
TN-1099
ITEM : 33 KV Pin Insulators & 11 KV Pin Insulators
PRE-QUALIFICATION REQUIREMENT
The bidder should fulfill following qualification requirements for successful participating in the bid
along with relevant documentary evidence supporting each qualifying requirement without which the
offer shall be considered non responsive & rejected.
1.0 Status of bidder:
a) The bidder should be manufacturer of offered item. The offers from authorized dealer/ sole selling
agent/sole distributor shall not be entertained.
b) Old / new Suppliers:- Any bidder located within or outside the state of Rajasthan has participated for
the first time in a particular Discom & meeting minimum qualification requirement and has supplied the
tendered material/or of higher rating in other utility shall be treated as an old supplier. Rajasthan’s firms
although supplied in past but not meeting minimum quantity supplied criterion including altogether new
units which have not supplied any quantity but having adequate & required manufacturing and testing
facility and technical know-how of the tendered material shall be considered as new firms and would be
eligible for trial order only. In case of supply made to the licensed power utility outside India, the C.A.
certificate furnished by firm shall be considered.
2.0 Past supply and performance criteria:
The bidder shall meet both past supply and performance criteria as detailed below for opening of
bids.
2.01) PAST SUPPLY
2.01.1 The bidder is required to quote for minimum 10% of tendered quantity failing which their offer
may be considered Non-Responsive.
2.01.2 The bidder should have designed, manufactured / fabricated, tested and supplied to utility /
Discoms / Govt. Departments at least 2 X QQ (QQ being the quoted quantity) of similar item /
higher rating of tendered material / equipment in last 3 financial years from the date of opening of
technical-commercial bid.
Note: Requirement of quantity manufactured, minimum quantity to be offered and amount of Bank
Guarantee to be furnished in absence of test certificate shall be reduced to 25% for Rajasthan based
units.
2.01.3 In support of fulfillment of the past supply criteria, the bidder shall furnish documentary evidence
in the form of certificate from Chartered Accountant in the enclosed prescribed proforma only. This
prescribed proforma should be furnished either in original or copy duly attested by Notary. The
bidder shall also sign and affix seal on the C.A. Certificate. The certificate should have membership
number with the name & address of the chartered accountant. Certificate should clearly indicate the
quantity supplied, period of supply, voltage Class, Rating of the Transformer etc. in the format
prescribed, any deviation to format or information diverted format, will not be considered and
rejected.
Note:-The material supplied and accepted for same/higher rating for Turnkey projects to a licensed power
utility/Govt. shall be considered for the purpose of evaluating criteria. The certificate given by C.A.
shall indicate above quantity separately.
3. PERFORMANCE CRITERIA
(i) If a bidder could supply up to 50% of ordered quantity in previous bid up to date of opening of
subsequent bid and scheduled delivery period expired, the bid of such bidder will not be opened in
the Discom for that item.
(ii) However, if the supplies have been completed for a quantity more than 50% but not completed
up to date of opening of subsequent bid and scheduled delivery period expired, then quantity equal
to the quantity pending in previous bid for that item shall be reduced from the subsequent bid
quantity to be allocated to the bidder.
D:\E1A3\TN-1099\Spec.TN-1099.doc 14
4. TYPE TEST CRITERIA
a) The bidder shall furnish valid and authenticated type test certificate from a Govt. approved/ a
Govt. recognized/ NABL accredited laboratory/ ILAC i.e. International Laboratory Accredited
laboratory / ILAC i.e. International Laboratory Accreditation Corporation ( In case of foreign
laboratory) of similar rating and design of tendered material. The bid of the bidders be also
considered for meeting the Type Test criterion if the bidder have the requisite type test
conducted successfully on the samples selected from the 1st Lot supplied to AVVNL against
previous tenders and its report are available with the Nigam & furnish certified copy of such
Type Test Reports with the bid or reference of order / tender be mentioned in Bid document
for verification purpose . Such type test certificates should not be older than Five Years as on the
date of bid opening. For this purpose date of conducting type tests will be considered.
b) The type test certificates by in house laboratory of biding firm even if it is a Govt. approved/
Govt. recognized/ NABL accredited Laboratory / ILAC accredited, shall not be accepted, in case of
their own bid. This will not apply if biding firm is Govt. Company/ Public Sector Undertaking.
c) The bidder should furnish documentary evidence in support of the laboratory whose type test
have been furnished, that the said laboratory is a Govt. / a Govt. approved / a Govt. recognized /
NABL accredited laboratory / ILAC accredited (in case of foreign laboratory).
d) The type test certificates shall be furnished either in original or duly attested by notary.
e) The bids of only those bidders shall be considered to be meeting the type test criteria who
furnishes complete type test certificates with the bid as per above provision.
f) However, in following cases the Bidder is not in a position to furnish Type Test Certificate
as mentioned above, the bid of the bidder may be considered meeting the type test criteria if
the bidder furnishes an undertaking stating that valid type test certificate from a Govt.
approved / Govt. recognized / NABL Accredited laboratory / ILAC Accredited laboratory
shall be furnished from first lot received in Nigam store (without asking any delivery
extension) along with bank guarantee with the technical bid from a Nationalized / Scheduled
Bank in prescribed proforma at Schedule-III C or DD / Pay Order amounting to
Rs. 5,00,000/- (Five Lacs Only) . The initial validity of bank guarantee shall be nine months
with claim period of three months in addition
i) Where a new Rajasthan based firm is participating & is technically competent.
ii) Where one or more type test(s) is/ are older than 5 years.
iii) Where Rajasthan/out side Rajasthan firm furnishes requisite type
test report of higher rating material.
5. POOR RECORD OF PERFORMANCE AND DELIVERY
The bidders who have been black listed or with whom business relations have been severed in any
of the State Discom shall not be considered. Severment of business relations will be done in case of
following circumstances for the period and with the recovery mentioned against each.
(i) When vendor does not accept order
awarded on its accepted prices and terms and
conditions and does not comply with
contractual formalities
Forfeiture of EMD/cancellation of
vendor registration to recover
amount of EMD along with
severment of business relations for
three years from the date of issue of
order.
When vendor complies with contractual
formalities but does not commence supplies
Levy of maximum recovery on
account of delay in delivery along
with severment of relation for a
period of two years from the date of
issue of order or in next two bids
whichever is later along with
forfeiture of EMD/cancellation of
vendor registration.
6. BLACK LISTING
After having given Show Cause Notice of 30 days, and having established & cogent reasons for
blacklisting of the firm as given below, the firm should immediately be blacklisted for a period of
5 years indicating reasons of doing so, in the letter itself, and a copy of such blacklisting should be
given to the firm, with the approval of CLPC:-
D:\E1A3\TN-1099\Spec.TN-1099.doc 15
(i) There are sufficient and strong reasons to believe that the supplier or his employee has been
guilty of malpractices such as manhandling/misbehavior with Government official by supplier or
his partner/employee, bribery, corruption or abatement of such a offence in a position where he
could corrupt Nigam’s official, fraud, vitiating fair tender process including substitution of or
interpolation in tender, mis-representation, pilfer-aging or unauthorized use or disposal of
Nigam’s material issued for specific work etc.
(ii) Where a supplier or his partner or his representative has been convicted by a court of Law for
offences involving moral turpitude in relation to the business dealing or where security
considerations including suspected disloyalty to the Nigam/state so warrant the blacklisting.
(iii) If the State Bureau of Investigation or any other authorized investigating agency recommends
for blacklisting after completing the investigation.
Note: - 1 If a supplier after having tendered for a supply or after negotiations gives application
voluntarily vitiating the fair tendering process, it shall also tantamount to malpractice.
Note:- 2 A register containing the reasons for blacklisting the supplier as also the names of all the
partner of the suppliers and the allied concerns coming within the effective influence of the
blacklisted supplier will be maintained.
Note: - 3 A register of black listed supplier will be maintained which will not only include
suppliers enlisted with the Enlisting Authority but also black listed suppliers in Nigam.
Note :-4 A Black listed supplier (i) shall not be entitled for registration in any of the Discom (ii)
shall not be awarded any supply order in future in any Discom during the notified period.(iii) his
registration if any shall stand cancelled immediately and his registration security /EMD/S.D. shall
stand forfeited. (iv) In case of blacklisting of the firm by any one of Discom for the cogent
prescribed reason(s) as stipulated above, the same shall be applicable to all the three Discoms and
as a consequence of blacklisting, all the pending orders to that firm, will be cancelled in all three
(3) Discoms with immediate effect. However in respect of completed/executed contract G.P.
obligations as well as other liabilities shall be fulfilled by the supplier.
(B) Severment of Business relation:
(a) After having given Show Cause Notice of 30 days, and having established & cogent reasons
for Severment of business relation as given below, the firm should immediately be severed the
business relations for a period of 2 to 3 years indicating reasons of doing so, in the letter itself, and
a copy of such severment should be given to the firm, with the approval of CLPC:-
(i) The supplier continuously refuses to pay Nigam dues without showing adequate reasons and
where the purchasing authority is satisfied that no reasonable dispute attracting reference to
Settlement Committee or Court of Law exists for the supplier’s action of non-supply.
(ii) When vendor does not accept LOI/detailed purchase order awarded on its accepted prices and
terms & conditions or does not comply with the contractual formalities.
(iii) When vendor/supplier who otherwise completed contractual formalities but does not
commence supplies on the date of opening of technical bid of the fresh tender/completion of
schedule delivery period whichever is later.
Note-1-In case supplier does not deposit outstanding dues towards Nigam, even after completion
of severment period, the period of severment will continue.
2. Severment done purely/ mainly on account of non-deposition of dues against the
supplier/vendor/contractor could be lifted by CLPC, if the dues are deposited prior to the expiry of
such severment period.
3. Severment done by one Discom for non-supply of material and /or corresponding non-recovery
of dues will not be effective in other Discoms except in respect of common purchase cases of
three Discom.
4.On severment of business, the EMD/SD/vendor registration security will be forfeited.
5. The orders in execution satisfactorily will not be cancelled other than the order on which
severment have been done.
D:\E1A3\TN-1099\Spec.TN-1099.doc 16
(C) DEBARMENT
Reasons on which Debarment can be made:-
(i) The competent authority may debar the supplier on account of his performance or other
disabilities, if it is no longer considered fit to remain under vendor registration as per his
obligation under vendor registration.
(ii) If at any subsequent stage of inspection of firms after award of contract, it is found that firm
does not have sufficient tech. staff or required/necessary technical equipments, the purchasing
authority can debar the firm for one year or next tenders whichever is later. The debarment will be
lifted only on re-inspection of firm’s works; the defects noticed earlier are fully rectified to the
satisfaction of Nigam.
(iii) When contract agreement executed and supplies commenced but could supply only up to
50% of ordered quantity and scheduled delivery period expired, then the firm can be debarred for
one year or next tender whichever is later in that Discom only for that particular item/rating/
capacity/size etc.
(iv) The suppliers who have been awarded contract for supply of material is not adhering to the
periodic delivery schedule, the contract awarding authority reserve the right to terminate the
contract and may debar the firm in participating in tender for a period of 2 to 3 years.
Note:-1. On debarment, the EMD/ SD/Vendor Registration security shall be forfeited.
Note:-. 2. If the firm is debarred in one Discom for any reasons then the same should not be
applicable in other Discom subject to exception that in case of common Discoms purchases such
debarment of a firm would be applicable to all three Discoms for that particular item and
rating/capacity/size etc.
6.0 APPEALS AND APPLICATIONS:-
Appeal against the order of blacklisting, severment and debarment can be filed before BOD within
a period of 3 months from the date of intimation. The letter of appeal will be addressed to the
order placing authority. Who will process the case for placing the matter in B.O.D. with in a
period 60 days. The BOD may reduce or waive the penalty, if sufficient reasons/supporting
documents are furnished by the supplier.
GENERAL CONDITIONS : - (ALL CONDITIONS BE DULY SIGNED & SEALED)
I) The bidder shall clearly indicate the deviations such as `Technical Deviation & Commercial
Deviations’ in the prescribed proforma only. The deviations indicated elsewhere in the bid shall
not be accepted.
II) The bidder must clearly fill up each and every particular of guaranteed technical particulars
annexed with Technical Specifications otherwise he will be responsible for Technical Non-
responsiveness.
III) All documents required in the prescribed format are to be furnished along with the bid itself only
except an attested copy of BIS license (wherever it is required), failing which the bid will be
summarily rejected.
IV) However, a copy of BIS License may be submitted by the bidder up to the official working hours
of one working day prior to the schedule / notified date of opening of price bid.
D:\E1A3\TN-1099\Spec.TN-1099.doc 17
SCHEDULE-III-B
BANK GUARANTEE IN LIEU OF FURNISHING OF TYPE TEST CERTIFICATE
(On Rajasthan Non-Judicial Stamp Paper worth [email protected]% of BG amount or Rs25000/-
whichever is less)
To,
The Superintending Engineer (MM),
Ajmer Vidyut Vitran Nigam Limited,
New Vidyut Bhawan, Makarwali Road,
Panchsheel, Ajmer-305004
Dear Sir,
Whereas Ajmer Vidyut Vitran Nigam Limited , Ajmer ( hereinafter called the purchaser) has
issued a bid enquiry under TN……. for procurement of ……………………………………………. (
Name of material) .
Whereas M/s …………………………………………….. (hereinafter called the bidder ) has
furnish a bid for supply of ………….. to The Superintending Engineer (Proc), Ajmer Vidyut Vitran
Nigam Limited, Ajmer or his Nominated officer (s) .
Whereas in accordance with the provision of the specification of the afore said TN…….. , the
bidder can deposit a bank guarantee in lieu of the requirement of furnishing the type test certificates.
Whereas M/s ………….. ( the bidder) have requested us (Name of the Bank) to furnish the bank
guarantee in lieu of the type test certificate for an amount equivalent to Rs……………… ( in words also)
only.
Under this Bank Guarantee , we (Name of the Bank) hereby undertake unconditionally and
irrevocably to guarantee as primary obligator and not as Surety merely, the payment to the purchaser on
his first demand without whatsoever right of objection on our part and without his first claim to the bidder
in the amount not exceeding ( amount of guarantee in figures and words).
Payment pursuant to this undertaking will be demanded by the purchaser from the Bank and will
be met by the Bank without question in the case in which the bidder , on receipt of the order and / or after
the acceptance of this bid, makes default in furnishing the required type test certificates. Also whether the
occasion or ground has arisen for such demand the decision of The Superintending Engineer (Proc),
Ajmer Vidyut Vitran Nigam Limited, shall be final.
The liability of the Bank shall not at any time exceed Rs………………. (
Rupees……………).
The undertaking will be determined on but will not withstanding such determination, continue to
be in force till the expiry of 3 months from that date.
No indulgence or grant of time by the purchaser to the bidder without the acknowledgement of the
Bank will discharge the liabilities of the Bank under this guarantee.
The guarantee herein contained shall not be affected by any change in the constitution of the
bidder.
All disputes arising under the said guarantee between the Bank and the bidder or between the
bidder and the purchaser pertaining to the guarantee shall be subject to the jurisdiction of Courts only at
AJMER in Rajasthan.
The bank further undertake not to revoke this guarantee during its currency except with the
previous consent of the The Superintending Engineer (Proc),
,Vidyut Vitran Nigam Limited, Ajmer.
D:\E1A3\TN-1099\Spec.TN-1099.doc 18
Notwithstanding anything contained herein before, the Bank’s liability under this guarantee i.e.
restricted to Rs………………… (Rupees …………..) and the guarantee shall remain in force up to
…………………. Unless demand or claim in writing is presented on the Bank within three months from
that date, the bank shall be released and discharged from all liabilities there under. However, the validity
of the bank guarantee shall be extended as and when required by the purchaser.
IN WITNESS WHEREOF the bank has executed these presents the day ………….
month……………. and year…………….
Yours faithfully,
( Bankers)
Executant
Witness:
1.
2.
D:\E1A3\TN-1099\Spec.TN-1099.doc 19
Schedule-IV `A’
TN-1099
ITEM- 33KV PIN INSULATORS & 11 KV PIN INSULATORS
Must be filled in by the bidder and attached with Technical Bid (Part-I)
To,
The Superintending Engineer (MM),
Ajmer Vidyut Vitran Nigam Limited,
Ajmer.
Dear Sir,
With reference to your invitation to bid against specification No. AVVNL/SE (MM)/TN- 1099
, we agree to supply the following quantity :
S.
No.
Particulars of
Items
Bided
Quantity
Qty.
Offered
Justification of
quantity offered as
per Qualifying
Requirement
Status of
Type Test
Certificates.
1. 2. 3. 4. 5. 6.
1
33 KV Pin Insulators 24,000
Nos.
2 11 KV Pin Insulators 12,50,000
Nos.
1. The offer is valid for a period of 120 days after the date of opening of this bid.
2. The prices are variable as per PV Formula given at Schedule-II
3. It is noted that the quantity as mentioned in the specification are approximate and we agree to supply
any quantity as per your requirement.
4. The delivery shall strictly be in accordance with our delivery schedule as given in Schedule-VIII of
this specification. In case we fail to deliver the materials as indicated in the Clause No.1.23 of GCC
(Section-II), we are liable to pay recovery for delay in delivery as per Clause No.1.24 of this
Schedule-II of this specification.
The material shall conform to your specification No. AVVNL/SE (MM)/TN-1099 and as per
relevant ISS in all respect.
5. We conform that we agree to all the terms & conditions as well as the technical stipulation of your
specification No. AVVNL/SE (MM)/TN-1099 and there are no deviations other than as specified in
the Schedule-VI (A & B).
Yours faithfully,
Signature of bidder with stamp
D:\E1A3\TN-1099\Spec.TN-1099.doc 20
SCHEDULE-V "A"
GUARANTEED TECHNICAL PARTICULARS FOR 33 KV PIN INSULATORS AGAINST
TN-1099
S.NO DESCRIPTION 33 KV PIN INSULATOR
1 Maker's name and Address
2 Type of Insulators
3 Minimum failing load(KN)
4 Standard Specification to which material shall
conform.
5 Type of glaze.
6 Dimensions(mm)
a) Over all height
b)Maximum diameter of Insulators
c) Groove diameter
(i) Top
(ii) Neck
7 Creepage distance(mm).
(i) Total
(ii) Protected
8 Working voltage (KV)
9 Dry power frequency 1 Min. Withstand
voltage(KV).
10 Wet power frequency withstand voltage(KV).
11 Dry Power frequency flashover voltage (KV)
12 Wet power frequency flashover voltage(KV).
13 Power frequency puncture withstand voltage(KV).
14 Impulse flashover voltage
a) + Ve (KV)
b) - Ve (KV)
15 Impulse withstand voltage (KV)
16 Visible discharge test voltage (KV)
17 No. of threads per mm
18 Type of threads
19 Thimble
Type of material
Type
20 Net weight of insulator
21 Tolerance as per specification
22 Marking details
23 Packing of details
i) Type of packing
ii)No. of insulators/crate in each packing
iii)Weight of each packing pprox. in Kg
24 Furnished drawing No./other
relevant information, if any
25 Email ID
26 Contact No. & Fax No.
(Signature)
Name and designation with seal.
D:\E1A3\TN-1099\Spec.TN-1099.doc 21
SCHEDULE-V B
GUARANTEED TECHNICAL PARTICULARS FOR 11 KV PIN INSULATORS (WITHOUT
PINS) AGAINST TN-1099.
S. No. Description 11 KV Pin Insulators
1. Maker’s Name and Address
2. Type of Insulators
3. Minimum failing load (KN)
4. Standard Specification to which
material shall conform
5. Type of Glaze
6. Dimensions (mm)
a) Over all Height
b) Maximum diameter of Insulators
c) Groove Diameter
(i) Top
(ii) Neck
7. Creepage Distance (mm)
(i) Total
(ii) Protected
8. Working Voltage (KV)
9. Dry Power Frequency 1 Min.
withstand voltage (KV)
10. Wet Power Frequency withstand
voltage (KV)
11. Dry Power Frequency flashover
voltage (KV)
12. Wet Power Frequency flashover
voltage (KV)
13. Power Frequency puncture
withstand voltage (KV)
14. Impulse flashover voltage
a) + Ve (KV)
b) - Ve (KV)
15. Impulse withstand voltage (KV)
16. Visible Discharge Test Voltage (KV)
17. Nos. of Threads per mm
18. Type of Threads
19. Thimble
a) Type of Material
b) Type
20. Net weight of Insulators
21. Tolerance as per Specification
22. Marking Details
23. Packing Details
i) Type of Packing
i) No. Of insulators/crates in each packing
iii)Weight of each packing (Approx) in KG
24. Furnished drawing No./other
relevant information, if any
25. Email ID
26. Contact No. & Fax No.
(Signature)
Name and designation with seal.
D:\E1A3\TN-1099\Spec.TN-1099.doc 22
Schedule – VA
AJMER VIDYUT VITRAN NIGAM LIMITED
A Govt. of Rajasthan Undertaking
Statement of guaranteed technical particulars and other performance data for supply of
……………………………………….. (Name of material) against specification
no..………………………..
S.No. Particulars of technical & other performance data guaranteed.
Certified that we agree to all the aforesaid technical particulars and other performance data
except following :-
S.No. Particulars of technical & other Reasons for
Performance data deviations/departure.
(Signature) Name & Designation
with seal of the bidder
D:\E1A3\TN-1099\Spec.TN-1099.doc 23
Schedule – VI (A)
AJMER VIDYUT VITRAN NIGAM LIMITED
A Govt. of Rajasthan Undertaking
DEPARTURE/DEVIATION FROM TECHNICAL SPECIFICATION
The bidder shall state under this schedule the departure from the Purchaser’s
specification in respect of technical is as under:-
S.No. Main Deviations from Technical Specification.
Certified that we agree to all the technical specification of the NIT except for the deviation to the
extent indicated above.
(Signature) Name & Designation
with seal of the bidder.
D:\E1A3\TN-1099\Spec.TN-1099.doc 24
Schedule – VI (B)
AJMER VIDYUT VITRAN NIGAM LIMITED
A Govt. of Rajasthan Undertaking DEPARTURE FROM COMMERCIAL TERMS & CONDITIONS OF THE
SPECIFICATION
The bidder shall state under this schedule the departure from the Purchaser’s
specification in respect of Commercial terms & conditions:-
S.No. Main Deviations from Specification.
Certified that we agree to all the commercial terms & conditions as laid down in General
Conditions of Contract to the specification except for the deviation to the extent indicated above.
(Signature) Name & Designation
with seal of the bidder.
D:\E1A3\TN-1099\Spec.TN-1099.doc 25
Schedule – VII
AJMER VIDYUT VITRAN NIGAM LIMITED
A Govt. of Rajasthan Undertaking
LIST OF PAST SUPPLIES
The bidder shall state under this schedule whether material and equipments, similar
to those offered in the bid have been previously supplied by him. A list shall be given of
such orders executed by him together with information regarding the names of purchasing
organizations, quantities supplied and when the supplies were effected. This list should be
in form given below:- S.No. Detailed particulars Qty in Order No. Name & details Date of of items
supplied MT & Date of purchasing authority Completion
1 2 3 4 5 6
If executed partially whether still Delivery Remarks
to be mentioned to be executed stipulated in
(Qty. in M.T.) order
7 8 9 10
Note: Separate schedules are to be furnished by the bidder for past supply to the AVVNL, Ajmer
other State Electricity Boards and other Departments /Organizations.
(Signature) Name & Designation
with seal of the bidder.
D:\E1A3\TN-1099\Spec.TN-1099.doc 26
TN-1099 Schedule-VII-A
TO WHOMSOEVER IT MAY CONCERN
This is to certify that M/s.__________________________________(Complete with address) have
manufactured and supplied the goods/ equipments/ material during the following financial year(s) to the
Electrical Utilities/ Government Departments/ Discoms/ SEBs as detailed out below:
S.N
o
Financial
year in
which
material
supplied
Detailed
particulars
of item(s)
supplied
Name &
particulars
of
purchasing
authority
Order
No. &
Date
against
which
item(s)
supplied
Unit Ordered Actual Supplied
Up to
Remarks
Qty Value
(Rs.)
Qty Value
(Rs.)
Signature Signature of C.A.
Name & Designation Name:
With Seal of the Bidder Address
Date_______________
Place______________ Membership No.
The above particulars are true and correct based on explanations, records and books of accounts produced
before us. Further the above certificate issued on the request of the company.
CA Firm (__________________________)
D:\E1A3\TN-1099\Spec.TN-1099.doc 27
Schedule – VIII
AJMER VIDYUT VITRAN NIGAM LIMITED
A Govt. of Rajasthan Undertaking
DELIVERY SCHEDULE
PART-A
The delivery schedule of the material by the Purchase Officer is as mentioned
hereunder:- S.No. Particulars Commencement Rate of supply Period for completion
of Material period per Month. per Month of delivery of entire
material
1. 33KV PIN 30 DAYS TEN MONTHS
INSULATORS INCLUDING
COMMENCEMENT
PERIOD
2. 11KV PIN 30 DAYS TEN MONTHS
INSULATORS INCLUDING
COMMENCEMENT
PERIOD
PART-B
In case bidder deviates from the delivery schedule mentioned by the purchaser in Part-
A then the delivery schedule shall be indicated/mentioned by the bidder as under:-
S.No. Particulars Commencement Rate of supply Period for completion
of Material period per Month. per Month of delivery of entire
material
Note: 1. During the commencement period the process of model assembly and
submission of B.O.M. for approval shall be got completed.
2. During the commencement period the contractual formalities shall be got
completed.
(Signature) Name & Designation
with seal of the bidder.
D:\E1A3\TN-1099\Spec.TN-1099.doc 28
Schedule – IX
AJMER VIDYUT VITRAN NIGAM LIMITED
A Govt. of Rajasthan Undertaking
List of Equipments and Technical Hands Available with the Firm
(To be filled in by the bidders & enclosed with the bid)
Manufacturers and / or their authorized agents who are quoting against this bid are
requested to furnish the following information along-with the bid. The Purchaser will have the
discretion to ignore the bid without the under noted particulars and/or ignore the bid particulars.
1. Name and Address of Manufacturer.
2. Place where works exist.
3. Details of machinery particularly with B.H.P. of each item installed.
4. Details of staff employed in the works.
5. Date when started the manufacturing of item under reference.
6. List of items manufactured.
7. Literature and drawings of items manufactured showing their description, size, design and
other important technical particulars.
8. Details of order so far, executed along with the names of organization to whom supplied.
9. Manufacturing capacity.
10. Is the workshop open for inspection by the representative of the board, if required?
11. Statement of financial resources and Banking Reference along with Balance-Sheet for
previous two years.
12. Testing facilities available for the manufactured articles in the testing laboratory of works.
13. Whether the Firm is a small/medium/large scale industry.
14. Registration No. with :-
i. Small Scale, National/State.
ii. DGTD
iii. State Industries Department.
(Signature) Name & Designation
with seal of the bidder.
D:\E1A3\TN-1099\Spec.TN-1099.doc 29
Schedule - X
GENERAL PARTICULARS ABOUT THE TENDER IN BRIEF
Ajmer Vidyut Vitran Nigam Limited (Material Management Wing)
Corporate Identification Number (CIN)-U40109RJ2000SGC016482
Regd. Off. Vidyut Bhawan, Panchsheel Nagar, Makarwali Road, Ajmer-305004 (Tel. 0145-2644529, Fax 0145-2644542, e-mail:- [email protected], Website:-www.avvnl.com)
BID DOCUMENT FOR PURCHASE OF 33 KV PIN INSULATORS & 11 KV PIN
INSULATORS AGAINST TENDER NOTICE AVVNL/SE (MM)/TN-1099
Availability of tender documents on Web site : 10.01.2017 site on wards Last date & time for down loading of tender
documents
: 08.02.2017
LAST DATE & TIME FOR ONLINE
(E-TENDERING) TENDER/OFFER
: 08.02.2017 (Up to 2.00 PM)
DATE & TIME OF ONLINE OPENING OF
TENDER
: 09.02.2017AT 02.30 PM
RISL PROCESSING FEE (NON REFUNDABLE) : Rs. 1000/-
COST OF SPECIFICATION (NON
REFUNDABLE)
: Rs 2500/-
VALIDITY : 120 days from the next date of opening of
Techno-Commercial Bid
EARNEST MONEY : Rs. 2,00,000.00 (Rs. Two Lacs only) or
Exemption Certificate or Vender
Registration of Class “B” category or
above
TENDERING QUANTITY
(c) 33 KV Pin Insulators
(d) 11 KV Pin Insulators
:
24,000 Nos.
12,50,000 Nos.
CONTACT PERSON (AUTHORISED BID
SIGNATORY)
1 Superintending Engineer (MM)
AVVNL, Ajmer
CORRESPONDENCE ADDRESS: Panchsheel, Ajmer-305004
MOBILE NO. 9414004258
TELEPHONE & FAX Nos.: 0145-2644529/ 0145-2644542
WEBSITE & E-MAIL: 3. Web: www. avvnl.com
Email:
4. Web: http://risl.rajasthan.gov.in,
Email: [email protected]
Address of RISL:- RajCOMP Info Services Limited (RISL)
1st Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur (Rajasthan)
Phone: 0141- 5103902, 4031900 Fax: 0141-2228701
Web: http://risl.rajasthan.gov.in, Email: [email protected]
D:\E1A3\TN-1099\Spec.TN-1099.doc 30
Note:- The bidder, in their own interest, are requested to read very carefully Section-I (Instruction
to bidders), Section-II (General Condition of Contract) & Section-III (Technical Specification)
before filling the bid. The Bid documents be downloaded from AVVNL website www.avvnl.com or
www.http://eproc.rajasthan.gov.in and upload the tender on website of RISL
www.http://eproc.rajasthan.gov.in No hard copy of the bidding documents will be provided to the
bidders through this office. In case of any discrepancy found in bidding documents downloaded
from the website and appended with the bid (as a bid document) and original copy of such
document available in the office of Superintending Engineer (MM), Ajmer Discom, Ajmer then the
copy available with Superintending Engineer (MM), Ajmer Discom, Ajmer will be considered as
final document for all purpose. The cost of Bid document as published in NIT shall be furnished
along with EMD one day prior to opening of bid and scan copy be upload on website of RISL. The
document shall be downloaded/ uploaded in the manner prescribed in bid document.
1. Furnishing of Proof of deposition of Cost of Bid Document, Earnest Money/ exemption
certificate as per Clause 1.03 & 1.16 of Section-I (Instruction to Bidder) along with
downloaded Bid Document is essential otherwise the “BID OFFER” will not be opened.
However the bidders who get themselves registered with AVVNL as per Clause No. 1.5.3 of Section-II (General Condition of Contract) before submitting of bid documents against this bid
enquiry for supply of quoted items under appropriate category are not required to furnish Earnest
Money Deposit. They shall furnish the proof of such valid registration with their bid. Cost of Bid
Document shall be furnished in the form of Crossed Bank Draft / Bankers Cheque payable in the
name of “Sr. A.O. (EA & Cash), AVVNL, AJMER”. EMD if required shall be furnished in
accordance with Clause No. 1.03.1 of Section-I (Instruction to Bidders) and RISL PROCESSING
FEE Rs. 1000/- (NON REFUNDABLE) payable to Managing Director, RISL (Payable
at Jaipur) and Rs. 2500/- tender fees payable to the “Sr. A.O. (EA & Cash), AVVNL, AJMER”.
The bidders are required to upload the receipt of deposing all above payments along with their
tender at the relevant place on the scheduled date & time otherwise their bids are liable to be
rejected.
2. The Central and State Govt. undertakings are exempted from furnishing of Earnest money subject
to furnishing of such certificate / documentary evidence in support of their being Govt.
(Central/State) undertaking.
3. The bidder shall quote the Prices strictly in the manner prescribed in Clause No. 1.09 of Section-I
(Instruction to Bidders) & Clause No. 1.33 of Section-II (General Conditions of Contract) in
Schedule-IV otherwise their bid is liable for rejection. The price quoted should be variable
without any celling as per IEEMA price variation formula annexed in Schedule-II. The Base Date
for price variation shall be 01.01.2017.
4. The bid offer shall be furnished in two parts & shall comply all provisions of Clause No. 1.02
Section-I (instruction to Bidders) and the Bid offer shall be furnished in the following
manner:
i) First envelope/ cover containing proof of deposition of cost of Bid documents & EMD as
under
First: a) Content proof document of tender fee Rs. 1000/- payable to RISL.
Second: b) Content proof document of tender specification fee (i.e. Rs. 2500/-) payable to
the Sr. Accounts Officer (EA & Cash), AVVNL Ajmer.
Third: c) Content proof document of EMD of Rs. 2, 00,000.00 (Rs. Two Lacs only) or
Exemption Certificate or Vender Registration of Class “B” category or above / A
certificate of being a Rajasthan/ Central Govt. undertaking should be clearly
written on the front cover on document.
ii) Second envelope/ cover for techno-commercial bid. Techno-Commercial Bid’ should be
clearly written on the front side of the cover.
iii) Third envelope/ cover for price bid. Cover– III Price Bid’ should be clearly furnished on
prescribed format (schedule Fourth) the front side of the cover.
Note: Envelope/ Cover III containing price bid will be kept unopened in the safe custody at the website
RISL. It will be opened at a later date in respect of those bidders whose offers are found / adjudged
technically and commercially acceptable. The date of opening of “Price Bid” shall be intimated to
successful bidders in due course of time. In case of deviation from the stipulated clauses of bid
specifications, price bid of the bidder will not be opened.
iv) The bidder shall ensure that bid is furnished / submitted strictly in the manner detailed in the
Specification.
5. The bids not accompanied with qualification requirement, technical requirement indicated
in the specification and other requirement given here under will be considered as incomplete
offer and sufficient grounds for offer to be passed over:
i) Capacity, capability and competency proofing documents.
D:\E1A3\TN-1099\Spec.TN-1099.doc 31
a) Capacity /orders of similar and higher rating of tendered equipment booked as on date
of biding with type and rating and construction details of equipment for which order
received be indicated.
b) Copy of purchase orders of Erstwhile RSEB /SEB`S / Electric Utilities / Govt. Departments /
Discoms for similar or higher rating equipment latest executed.
ii) Year wise past experience for last 5 years of similar or higher rating of tendered equipment.
iii) The details of testing facilities available at the works and copies of latest type test certificates,
carried out on similar ITEM.
iv) Quality assurance plan.
v) Complete guaranteed technical particulars, out lines and general arrangement drawings along
with Bill of Material.
6. Bids without Section-I, II, III & Schedules (I to X) shall be rejected.
7. The AVVNL has the right to reject any offer on the basis of track record of poor
performance in execution of Previous order/ equipment supplied/after sales service
while evaluating the Techno Commercial bid.
8. The AVVNL reserves the right to accept minor deviations in standard terms and also in technical
and constructional features as specified in the technical specification (Section-III).
9. Deviation of any kind shall not be quoted in price bid, if found quoted, the same shall be
ignored.
10. The following facilities are to be provided by the supplier at his own cost to the inspecting officer of
AVVNL.
A) Suitable accommodation.
i) Local conveyance between arrival point, place of stay, works and departure point.
ii) The supplier shall assist in arranging return ticket and reservation on the request of the inspecting
officer for which the payment shall be made by the inspecting officer. In case of joint inspection,
single or shared double room accommodation shall be provided.
Note: If any difficulty arises, in down loading/ unloading of tender you may contact in the RISL, Jaipur
Rajasthan (Contact No. 0141- 5103902, 4031900) or AVVNL at Contact No. 9413391452 (Executive
Engineer)/ 9413391451(Assistant Engineer).